Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
SOLICITATION NOTICE

V -- 183d Wing Lodging

Notice Date
12/7/2020 1:17:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 183 SPRINGFIELD IL 62707-5003 USA
 
ZIP Code
62707-5003
 
Solicitation Number
W50S7U-21-Q-0001
 
Response Due
12/10/2020 8:00:00 AM
 
Archive Date
12/25/2020
 
Point of Contact
Brent D. Keller, Phone: 2177571251, Alicia C. Braun, Phone: 2177571265
 
E-Mail Address
Brent.Keller.1@us.af.mil, Alicia.Braun@us.af.mil
(Brent.Keller.1@us.af.mil, Alicia.Braun@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation � Requirement Title: 183d Wing, Illinois Air National Guard Lodging Solicitation Number: Solicitation Issue Date: 6 November 2020 Response Deadline: RFIs: Friday, 30 November 2020 NLT 10:00AM CST ����������������������� ��������� Quotes: Thursday, 10 December 2020 NLT 10:00AM CST ��������� *Acceptance only via e-mail* Purchasing Office: 183 MSG/MSC ����������������������� �������� 3101 J. David Jones Parkway ����������������������� �������� Springfield, IL 62707 Point(s) of Contact: CMSgt Brent Keller: brent.keller.1@us.af.mil ����������������������� ���������� Msgt Alicia Braun: Alica.Braun@us.af.mil ���������� Maj Sarah Fales: sarah.fales.2@us.af.mil � PURPOSE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Combined Synopsis/Solicitation is being issued as a(n) Request for Quotation (RFQ). The solicitation document and incorporated provisions/clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-01 (02 Oct 2020), Defense Federal Acquisition Regulation Supplement Change 01 Oct 2020. The North American Industrial Classification System (NAICS) code for this procurement is 721110, with a small business standard of $35M. This requirement is solicited as, total small-business set-aside, and will be used in accordance with FAR 19.000(b). The requirement consists of establishing one BPA, for a period of one (1) year from date of award, to hotels in the local area via issuance of BPA Call Orders. The 183d Wing may issue a BPA Call for a one (1) month period or a BPA Call for multiple months up to the BPA Call Limit specified. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All BPA Call Orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The 183d Wing does not intend to pay for any information provided under this notice. The 183d Wing is not obligated to notify respondents of the results of this notice. DESCRIPTION OF ITEMS/SERVICES: This requirement is for single and double occupancy commercial lodging. The number of personnel requiring lodging will fluctuate based on mission requirements. The estimated number of rooms is 250 per night of each UTA. UTA Dates will be provided to the BPA recipients. Line Item Description Quantity Unit of Measure 0001 Single occupancy 1 each 0002 Double occupancy 1 each See Attachment 1 � Statement of Work (SOW) for the requirement to be performed and minimum standards. PERIOD OF PERFORMANCE: Approximate Period of Performance: 01 December 2020 - 31 November 2021 or until the total spent on the master BPA reaches $675,000 (whichever is sooner), or until such time either party to this agreement requests that it be canceled in writing (30 day notice required). PLACE OF DELIVERY/PERFORMANCE/ACCEPTANCE/FOB POINT: F.O.B. Destination; Performance shall be at contracted quarters within 13 miles from the Illinois Air National Guard based located at 3101 J. David Jones Parkway, Springfield Illinois. BASIS FOR AWARD: The 183d Wing intends to award a minimum of three (3) and no more than six (6) Blanket Purchase Agreements (BPAs) to the responsible offeror(s) whose offer(s) represents the Best Value to the Government. The 183d Wing will consider price and technical non-price factors to determine the quotation that represents the Lowest Priced Technically Acceptable (LPTA) quotation. The 183d Wing will not use the formal source selection procedures described in FAR part 15. The 183d Wing will evaluate quotations utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. EVALUATION CRITERIA: FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: The Government will award Firm Fixed-Price Blanket Purchase Agreements (BPAs) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment �meets� the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an unacceptable technical rating. � Price: Price shall be evaluated for fairness and reasonableness IAW Joint Federal Travel Regulations. � The 183d Wing intends to evaluate quotations and issue agreements based on the initial quotations received. The initial quotation should contain the best terms from a price and technical standpoint. The Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The 183d Wing reserves the right to make a full and/or partial-award on any item(s). Award of the contract will require compliance with local and state regulations concerning Fire, Safety, Public �Health and Security requirements and Occupational Safety and Health Administration (OSHA) Standards. �Inspections will be conducted by 183 WG personnel prior to award, and will be conducted periodically ��throughout the term of the contract to determine compliance with applicable requirements.� Non-compliance � with any inspection item will require correction prior to booking further room reservations.� General ��inspection categories are: Fire Prevention Occupational Safety and Health �Public Health and� Security INSTRUCTIONS TO OFFERORS: FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: Quotes in response to this solicitation must be submitted no later than 10 December 2020 NLT 10:00AM CST. Quotes must be submitted via email to the previously listed POC(s). � All price quotations must be submitted on Attachment 2 � Proposed Price List Your prices should be as low, or lower, than those charged to your most favored customers and must also be at or below the Federal Government's local per diem/lodging rate for Springfield, IL, to be eligible for consideration. If multiple hotels are provided by a third party, please list all hotels. If multiple BPA's are issued, they will be booked from the lowest to highest price in that order. For more detailed information, find the attached Pre-priced BPA Agreement, Proposed Price List, and the 889 Covered Telecommunications Equipment or Services-Representation. Please review these documents in their entirety for a complete description of this requirement. All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.sam.gov to be considered for award.� Lack of registration in the SAM will make an offeror ineligible for contract award.� All quotes should be good for 60 days.� CLAUSES AND PROVISIONS: FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.� FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-19���������� Prohibition on Contracting with Entities that Require Certain Internal��� Confidentiality Agreements or Statements 52.204-9������������ Personal Identity Verification of Contractor Personnel 52.204-10���������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18���������� Commercial and Government Entity Code Maintenance 52.204-21������� �� Basic Safeguarding of Covered Contractor Information Systems� 52.204-24��������� Representation Regarding Certain Telecommunications and Video Surveillance��� Services or Equipment. 52.204-25���������� Prohibition on Contracting for Certain Telecommunications and Video�������������������������������������� Surveillance Services or Equipment 52.209-10���������� Prohibition on Contracting with Inverted Domestic Corporations 52.219-6������������ Notice of Total Small Business Set-Aside 52.219-28 ��������� Post-Award Small Business Program Representation 52.222-3��������� �� Convict Labor 52.222-21���������� Prohibition of Segregated Facility 52.222-26 ��������� Equal Opportunity 52.222-41���������� Service Contract Labor Standards 52.222-50���������� Combatting Trafficking in Persons 52.222-55���������� Minimum Wages Under Executive Order 13658 52.222-62���������� Paid Sick Leave Under Executive Order 13706 52.223-5������������ Pollution Prevention and Right to Know Information 52.223-18���������� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13���������� Restrictions on Certain Foreign Purchases 52.232-33��������� Payment by Electronic Funds Transfer-- System for Award Management 52.232-40���������� Providing Accelerated Payments to Small Business Subcontractors 52.233-3������������ Protest After Award 52.233-4������������ Applicable Law for Breach of Contract Claim 52.237-2������������ Protection of Government Buildings, Equipment and Vegetation 252.201-7000���� Contracting Officer�s Representative 252.203-7000���� Requirements Relating to Compensation of Former DoD Officials 252.203-7002���� Requirement to Inform Employees of Whistleblower Rights 252.204-7012���� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015���� Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048���� Export-Controlled Items 252.232-7003���� Electronic Submission of Payment Requests 252.232-7010���� Levies on Contract Payments 252.237-7010���� Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000���� Subcontracts for Commercial Items 252.247-7023���� Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.204-26���� Covered Telecommunications Equipment or Services-Representation 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or �������������������������� Executive Orders- Commercial Items 52.222-36���������� Equal Opportunity for Workers with Disabilities 52.222-42���������� Statement of Equivalent Rates for Federal Hires 252.232-7006 ��Wide Area Workflow Payment Instructions to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-16 ��������� Commercial and Government Entity Code Reporting 52.212-3 Alt 1 �� Offeror Representations and Certifications�Commercial Items 252.203-7005 ��� Representation Relating to Compensation of Former DoD Officials 252.204-7008 ��� Compliance with Safeguarding Covered Defense Information Controls 252.204-7011��� Alternative Line Item Structure� 252.225-7031���� Secondary Arab Boycott of Israel ATTACHMENTS: Attachment 1: 183d Wing Lodging SOW Oct 2020 Attachment 2: Proposed Price List Attachment 3: 889 Covered Telecommunications Equipment or Services-Representation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8f82ee6b78040d6a4a81fc5fcfbb413/view)
 
Place of Performance
Address: Springfield, IL 62704, USA
Zip Code: 62704
Country: USA
 
Record
SN05867926-F 20201209/201207230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.